S207--FY26: CBOC Pest Control, Base plus 4 Year, FFP
ID: 36C24825Q0873Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF248-NETWORK CONTRACT OFFICE 8 (36C248)TAMPA, FL, 33637, USA

NAICS

Exterminating and Pest Control Services (561710)

PSC

HOUSEKEEPING- INSECT/RODENT CONTROL (S207)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified contractors to provide pest control services for its nine Community-Based Outpatient Clinics (CBOCs) in Bay Pines, Florida, under a Base plus 4-Year Firm-Fixed Price contract. The procurement aims to implement an Integrated Pest Management (IPM) plan that ensures the health and safety of patients and staff by managing various pests and adhering to strict safety regulations regarding chemical applications. This contract is particularly important for maintaining a safe environment in healthcare facilities, with services including routine pest control and emergency response to pest notifications. Interested parties must submit their quotes by October 31, 2025, at 1:00 PM Eastern Time, and can direct inquiries to Contract Specialist Timothy Felix at timothy.felix@va.gov or by phone at 352-548-6000.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting pest control services for its nine Community Based Outpatient Clinics (CBOCs) in Bay Pines, Florida, under Solicitation No. 36C24825Q0873. The contractor will implement an Integrated Pest Management (IPM) plan to ensure the health and safety of patients and medical staff. This includes the management of various pests, proper chemical application, and compliance with safety regulations. The contract is structured as a Base plus 4-year Firm-Fixed Price arrangement, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Contractors must be capable of responding to pest notifications within four hours and demonstrate proven technical ability and past performance in similar settings. Key evaluation factors include price, technical approach, and prior experience. The government requires the use of environmentally safe practices and strict adherence to regulatory guidelines concerning pesticide usage. Contracts will include options for service extensions, and offerors must ensure compliance with subcontracting limitations. The submission deadline for quotes is August 13, 2025, with all necessary registrations and certifications verified at the time of offer. Compliance with insurance and wage determination requirements established by the Department of Labor is also mandated.
    This government file outlines a request for pricing and delivery schedule for monthly interior-only general pest control services using Integrated Pest Management (IPM). The services are required for nine different facilities across Florida, including Lee County, Naples CBOC, Port Charlotte CBOC, Sebring CBOC, Sarasota CBOC, Bradenton CBOC, Business Office Service FEE Basis, St. Petersburg CBOC, and North Pinellas CBOC. The contract includes a base year (October 1, 2025 - September 30, 2026) and four option years, extending the service period until September 30, 2030. Each location has a specified gross square footage. All services fall under NAICS Code 561710 (Exterminating and Pest Control Services) and Product/Service Code S207 (Housekeeping - Insect/Rodent Control). Deliveries for all items are to the Bay Pines VAMC, marked for Jene Collins, with a FOB Destination.
    This government file details a price/cost schedule for monthly interior general pest control services using Integrated Pest Management (IPM), and emergency calls including K-9 bed bug detection, across multiple locations in Florida. The services are for Lee County, Naples CBOC, Port Charlotte CBOC, Sebring CBOC, Sarasota CBOC, Bradenton CBOC, Business Office Service FEE Basis in Largo, St. Petersburg CBOC, and North Pinellas CBOC. The contract periods span from November 1, 2025, to October 31, 2030, covering a base year and four option years. The principal NAICS code is 561710 for Exterminating and Pest Control Services, and the Product/Service Code is S207 for Housekeeping - Insect/Rodent Control.
    The document outlines a government Request for Proposal (RFP) for monthly interior general pest control services utilizing Integrated Pest Management (IPM) across several facilities in Florida for a base period from October 1, 2025, to September 30, 2026, with options to extend through four additional years. The pest control services are needed at various locations, including Lee County, Naples, Port Charlotte, Sebring, Sarasota, Bradenton, St. Petersburg, and Clearwater, covering a total of approximately 206,661 gross square feet for the largest site. Each service location is classified under the NAICS Code 561710 for exterminating and pest control services and includes provisions for subsequent contract option years from 2026 to 2030. Delivery of services will be directed to the Bay Pines VA Medical Center. The structured price/cost schedule emphasizes clarity in contract terms and facilitates budgeting for necessary pest management services mandated for health and safety regulations within these facilities. The document relies on standardized codes for pest control categories, indicating a focused government approach to maintaining hygienic environments across medical and administrative settings.
    This Performance Work Statement (PWS) outlines requirements for pest control services across nine Veteran Affairs Health Care System (VAHCS) Bay Pines Community-Based Outpatient Clinics (CBOCs). The contractor must provide comprehensive pest management, including all necessary resources, licenses, and labor, following an Integrated Pest Management (IPM) plan. The services prioritize patient and personnel safety, particularly in chemical selection and application, and require all pesticides to be mixed and disposed of off-site. The PWS details specific pests to be controlled, protocols for warranted pest control measures like termite inspections and bed bug sweeps, and stringent guidelines for bait box usage. Key performance objectives include certified personnel, timely response to routine and emergency calls, and accurate reporting. The document also includes extensive appendices covering the IPM plan, bed bug prevention and control, and critical areas within the facilities requiring special attention due to patient proximity or sensitive operations.
    This document is an amendment to a solicitation (36C24825Q0873) for a FY26 CBOC Pest Control Base Plus 4 YR FFP Service Contract by the Department of Veterans Affairs. It updates the Performance Work Statement, provides clarifications to vendor questions, and adds new line items to the Price Cost Schedule. Key clarifications include monthly service frequency for all locations, no existing fly lights required, two snake-related service requests in 24 months at Sarasota CBOC, variable square footage for K-9 bed bug inspections, no cure notices issued in the past 24 months, and specific emergency service requests. The government requires the contractor to provide exterior and interior rodent traps. The basis for award evaluates price, technical approach (including IPM methodology, chemical listings, and personnel licensing), and past performance. Quotes are due by October 31, 2025, 1:00 PM Eastern Time, and late submissions will not be accepted.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S207--IDIQ - Pest Control Service - VA FARGO
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 23, is seeking qualified small business sources for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract to provide comprehensive Integrated Pest Management (IPM) services for the Fargo VA Health Care System. The objective of this procurement is to ensure a safe, sanitary, and compliant environment across VA facilities, with services including general pest management, bed bug treatments, and the removal of bats and vertebrate pests, all adhering to strict guidelines and regulations. This contract will span from January 1, 2026, to December 31, 2027, with four optional 12-month extensions through December 31, 2031, and is classified under NAICS code 561710, with a small business size standard of $17.5 million. Interested parties must submit their capability statements by December 9, 2025, at 17:00 Mountain Time to Dennis Salmonsen at dennis.salmonsen@va.gov.
    Combined Pest Control
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide pest control services at Base Cape Cod in Buzzards Bay, Massachusetts, under a contract that spans a base year from January 1, 2026, to December 31, 2026, with four additional option years. The contract requires a Massachusetts-licensed contractor to conduct scheduled monthly and quarterly pest inspections and treatments, as well as unscheduled emergency treatments, with an emphasis on non-chemical pest management techniques and compliance with environmental regulations. This procurement is critical for maintaining a safe and pest-free environment at the base, ensuring adherence to local, state, and federal laws, including those from the EPA and Massachusetts Department of Agricultural Resources. Interested vendors must submit their quotes by December 22, 2025, and include required documentation such as technical plans, past performance references, and proof of liability insurance. For further inquiries, vendors may contact Jessica Bonham at jessica.l.bonham@uscg.mil.
    F103--Bay Pines Water Management Plan Update
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified contractors to update the Water Management Plans (WMP) for the C.W. Bill Young Veterans Medical Center in Bay Pines, FL, and the Lee County Veterans Healthcare Center in Cape Coral, FL. The project requires a comprehensive review and update of the existing WMP for Bay Pines and the creation of a new WMP for Lee County, ensuring compliance with VHA directive 1061 and ANSI/AAMI ST108 standards, while addressing water quality concerns and Legionella issues. This procurement is critical for maintaining safe water quality in healthcare settings, and the contract will span a base year with four one-year option periods, with the deadline for offers extended to December 8, 2025, at 14:00 EST. Interested contractors should direct inquiries to Contract Specialist Michael A. Shook at Michael.Shook@va.gov.
    IMCOM Pest Control
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control management services at Fort Jackson and Weston Lake Recreational Park in South Carolina. The contractor will be responsible for scheduled and unscheduled pest management services targeting public health pests, including invasive species and disease vectors, to ensure the well-being of personnel and the integrity of facilities. This contract, valued at approximately $17.5 million, is set aside for small businesses and includes a base period from January 1, 2026, to December 31, 2026, with four additional one-year options extending through December 31, 2030. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by following the outlined instructions, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via their provided emails.
    Y1DA--516-21-106 EHRM Infrastructure Upgrades Construction - Bay Pines VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the EHRM Infrastructure Upgrades Construction project at the Bay Pines VA Medical Center in Florida. This procurement, identified by solicitation number 36C77625B0023, involves construction services aimed at enhancing the electronic health record management infrastructure, with a total estimated contract value of approximately $34,888,000. The project is particularly significant as it supports the modernization of healthcare facilities for veterans, ensuring improved service delivery. Interested parties, especially Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Contract Specialist Thomas Council at Thomas.Council@va.gov, with bids having been opened on November 12, 2025, following the issuance of the solicitation on July 2, 2025.
    Pest Management Services USAG Wiesbaden
    Buyer not available
    The Department of Defense, through the U.S. Army Garrison Wiesbaden, is seeking qualified contractors to provide pest management services, including both scheduled and on-demand pest control and surveillance, under a hybrid fixed price and time and materials contract. The contract will span five years, from February 2026 to January 2031, and will require the contractor to utilize an Integrated Pest Management (IPM) approach to address a variety of pests, including rodents, household insects, and public health pests, while adhering to all applicable laws and regulations. Interested parties must be registered in the System for Award Management (SAM) and are encouraged to review the draft Performance Work Statement (PWS) attached to the solicitation, which will be issued before or after November 24, 2025. For inquiries, contact Nancy N. Tagu at nancy.n.tagu.ln@army.mil or by phone at +49 611 143 5466722.
    PEST CONTROL FOR CHEYENNE RIVER AGENCY
    Buyer not available
    The Department of the Interior, specifically the Bureau of Indian Affairs, is seeking qualified contractors to provide pest control services for the Cheyenne River Agency, located in Eagle Butte, South Dakota. The procurement involves a Firm-Fixed-Price (FFP) Purchase Order with a base year from January 1, 2026, to December 31, 2027, and includes four option years, extending the contract through 2031. The services are critical for maintaining a safe and healthy environment at the Walter Miner Law Enforcement Detention Center, requiring comprehensive pest management strategies that prioritize environmentally sound methods and compliance with federal, state, and local regulations. Interested parties can contact Crystal Keys at crystal.keys@bia.gov or by phone at 405-933-6016 for further details regarding the solicitation, which is set aside for Indian Small Business Economic Enterprises (ISBEE) under NAICS code 561710.
    Z2DA--FY26: NRM (PROJ: 516-CSI-142) BB - Site Prep for Emergency Department CT Scanner Replacement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "BB ED CT Replacement – BUILDING 100" project at the Bay Pines VA Medical Center, which involves site preparation for the installation of a new CT scanner in the emergency department. The project includes structural modifications, utility coordination, and compliance with safety and infection control standards, with a focus on ensuring the integrity of radiation shielding and existing medical infrastructure. This procurement is particularly significant as it aims to enhance the facility's capabilities in providing emergency medical services. Interested contractors must submit their quotes by December 15, 2025, at 2:00 PM EST, and are required to complete a Past and Present Performance Questionnaire by November 3, 2025, to be considered for this contract, which has an estimated value between $500,000 and $1 million. For further inquiries, contact David M Hernandez at David.Hernandez1@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    DESIGN-BUILD (DB) CONSTRUCTION: Project 675-26-100 - Refresh Lake Baldwin Pharmacy Finishes
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 8, is seeking qualified contractors for the Design-Build (DB) construction project titled "Refresh Lake Baldwin Pharmacy Finishes" (Project Number: 675-26-100) located in Orlando, Florida. This project involves the renovation of pharmacy finishes, with a specific focus on addressing asbestos-containing materials identified in the Baseline Asbestos Assessment Survey, which necessitates appropriate abatement actions prior to any disturbance activities. The deadline for submitting Phase Two RFP offers has been extended to December 15, 2025, at 11:00 AM EST, and all interested parties must acknowledge receipt of Amendment 0002, which includes critical documents such as Phase 2 Pre-Proposal RFIs and an Asbestos Report. For further inquiries, interested contractors can contact Jean Olivier Pierre at jean.pierre1@va.gov or Aldwyn Singleton at aldwyn.singleton@va.gov.